Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
DOCUMENT

W -- Lease of Reverse Osmosis Water Treatment System - Attachment

Notice Date
8/31/2018
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218U0039
 
Response Due
9/6/2018
 
Archive Date
10/6/2018
 
Point of Contact
SACO-MIZHQUIRI, DELFO
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Responses to this notice must be submitted in writing via email and must be received not later than Thursday, September 6, 2018, 4:00 pm E.T. No telephone inquiries will be accepted. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business). Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, proof of applicable certification. DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing, and received not later than Thursday, September 6, 2018, 4:00 pm E.T. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: Delfo.Saco-mizhquiri@va.gov. No telephone inquiries will be accepted. STATEMENT OF WORK REVERSE OSMOSIS WATER TREATMENT SYSTEM The contractor shall provide and install under lease arrangement, a Reverse Osmosis (RO) water treatment systems in Sterile Processing Service (SPS) located at the Brooklyn VA Medical Center in the High-Level Disinfection Room B-112. The unit shall meet the following minimum specifications: System shall have sufficient capacity to provide up to 20 gallons per minute of treated water and be equipped with a minimum 55-gallon treated water storage tank. In addition to the reverse osmosis treatment stage, system shall be furnished with appropriate pre-treatment including multi-media filter to remove suspended solids, carbon filter, anti-scalant feed as needed and deionizer resin bed. System dimensions shall not exceed 72 length, 36 depth and 72 height. System shall be a qualifying medical device pursuant to International Standards Organization (ISO) quality management standards for medical devices. System shall provide acceptable quality feed water to Steris Reliance Vision Single Chamber Washer/Disinfectors for equipment processing. The system performance requirement is to provide finished water with a minimum specific resistivity of 0.1 megohm per centimeter. System shall provide water meeting the quality requirements of VHA Directive 1116(2) Sterile Processing Services and Association for the Advancement of Medical Instrumentation (AAMI) Technical Information Report (TIR) 34 Water for the Reprocessing of Medical Devices. Vendor shall provide: All required maintenance, replenishment of chemicals, troubleshooting and repairs to the reverse osmosis system are to be included in the lease and shall be performed at no additional cost to the Government. Monthly periodic service reports in writing. Delivery, uncrating, final electrical and plumbing connections and commissioning of unit. Utility runs to be provided by VA. Hours of coverage: Will be from 7:00 am through 5:00 pm Monday through Friday, excluding Federal Holidays. All work done outside the normal coverage time should be first approved through the Brooklyn VA Medical Center Chief Engineer at Brooklyn VA. Preventive maintenance should be during normal hours and contractor must notify Engineering Department at least two weeks in advance. Preventive maintenance will be done at the manufacturer s recommended frequency or greater. Hardware and software upgrades will be scheduled and performed during normal working hours, at no additional charge to the VA. These upgrades are those required for the correct function of the system; not those purchased to enhance function. The contractor will provide all hardware and software necessary for unscheduled repairs. The contractor s field service engineer will respond by phone within 2 hours and respond on site within 24 hours to correct the problem. Uptime requirements, excluding scheduled preventive maintenance, will be 97% of the normal working hours and working days during the term of the contract. All broken parts removed to repair the system will become the property of the contractor. The Contractor shall be responsible for all routine maintenance and sampling and testing to ensure acceptable quality of the treated water supplied by the Reverse Osmosis system. The Contractor is responsible for all scheduled maintenance in accordance with manufacturers schedule for maintenance. All replacement parts for normal wear and tear items shall be covered by this contract and provided and installed at no additional charge to the VA. The contractor must have trained personnel within a 90-mile radius of Brooklyn VA Medical Center, New York, with an adequate spare parts inventory in some area office and proof of manufacturer s or equivalent maintenance training of field service personnel. Each scheduled and unscheduled visit will result in the production of a written report, by the contractor s representative, in a format negotiated between the VA-COR and the contractor. The contractor will always contact the Contracting Officer Representative (COR), at 718-836-6600 Ext. 4560 (after hours, 718-836-6600 x-3000) before and after arrival at the site. Place of Performance: VA New York Harbor Healthcare System Brooklyn Campus 800 Poly Place High-Level Disinfection Room B-112 Brooklyn, NY 11209 Period of Performance: The proposed contract is a base year plus four one-year options Base Year Period: 09/24/2018 to 09/23/2019 Option Year One: 09/24/2019 to 09/23/2020 Option Year Two: 09/24/2020 to 09/23/2021 Option Year Three: 09/24/2021 to 09/23/2022 Option Year Four: 09/24/2022 to 09/23/2023 PRIVACY REQUIREMENTS: All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such training and documents are complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218U0039/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218U0039 36C24218U0039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572792&FileName=36C24218U0039-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572792&FileName=36C24218U0039-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA New York Harbor Healthcare System;Brooklyn Campus;800 Poly Place;High-Level Disinfection Room B-112;Brooklyn, NY
Zip Code: 11209
 
Record
SN05067709-W 20180902/180831231424-62225d90ff9a4f4ba8bffe1371f19e19 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.